Request For Quotation (RFQ) No. RFQ-SHAHAR-KBL-0425

2y ago
31 Views
2 Downloads
1.06 MB
18 Pages
Last View : 2d ago
Last Download : 3m ago
Upload by : Julius Prosser
Transcription

1. Synopsis of the Request for QuotationDAI, implementer of the USAID funded Strong Hubs for Afghan Hope and Resilience (SHAHAR), invitesqualified vendors to submit quotations to supply and deliver Office Supplies, as follows:Strong Hubs for Afghan Hope and ResilienceRequest for Quotation (RFQ)No. RFQ-SHAHAR-KBL-0425Design, Print and Installation of Billboards for Promotion of “My City” MobileApplicationIssue Date: July 07, 2020WARNING: Prospective Offerors, who have received this document from a source other than theSHAHAR project, should immediately contact SHAHAR and provide their name and mailing address inorder that amendments to the RFQ or other communications can be sent directly to them. Anyprospective Offeror who fails to register their interest assumes complete responsibility in the event thatthey do not receive communications prior to the closing date. Any amendments to this solicitation willbe issued to offerors via email.1

Request for Quotation1. RFQ No.RFQ-SHAHAR-KBL-04252. Issue DateJuly 07, 20203. TitleDesign, Print and Installation of Billboards for Promotion of “My City”Mobile ApplicationSHAHAR ProcurementProcurementSHAHAR@shaharaf.org4. Issuing Office &Email/Physical Address forSubmission of Quotes5. Deadline for Receipt ofQuotes.6. Point of Contact7. Anticipated Award Type8. Basis for Award9. General Instructions toBidders04:00 pm local time Kabul on July 15, 2020submit via email to aharaf.orgFirm Fixed Price Purchase OrderDAI SHAHAR reserves the right to issue more than one purchaseorders, as required, to meet project requirements.An award will be made to the responsible bidder whose bid isresponsive to the terms of the RFQ and is most advantageous to DAI,considering price or/and other factors included in the RFQ. To beconsidered for award, bidders must meet the requirements identifiedin Section 12, “Determination of Responsibility”. No discussions ornegotiations are permitted with bidders, and therefore bidders shallsubmit their best and final price Final Quotations due by 04:00 PM local time Kabul on July 15,2020. Late offers will be rejected except under extraordinarycircumstances at DAI’s discretion. Offeror to submit their quotation via email toProcurementSHAHAR@shaharaf.org10. Questions Regarding theRFQ Include a statement that the vendor fully understands that theirquote must be valid for a period of ninety (90) days. Bidders shall sign and date their quotation. Bidders shall complete Attachment B: Price Schedule template. These services are eligible for VAT exemption under the DAI primecontract. The payment will be made upon submission and acceptance of aninvoice/Release Order. The amount will be transferred only to the company account notto any individual account. DAI/SHAHAR reserves the rights to cancel or terminate the FFPO ifthe company is not able to provide the satisfactory services.Each Bidder is responsible for reading very carefully andunderstanding fully the terms and conditions of this RFQ. Allcommunications regarding this solicitation are to be made solelythrough the Issuing Office and must be submitted via email or inperson at the site visit to the Issuing Office no later than the datespecified above. All questions received will be compiled andanswered to all interested Bidders.2

11. Technical Specifications andrequirements for TechnicalAcceptability12. Determination ofResponsibility13. Geographic Code The vendor must possess positive and relevant past performancein provision of similar services to other national and internationalorganizations Vendor must agree to accept payments via wire transfer, No cashor check payments will be made. The vendor must have valid license from Ministry Commerce andIndustries. Provide copies of previous contracts and Completion CertificatesDAI will not enter into any type of agreement with a vendor prior toensuring the vendor’s responsibility. When assessing an vendor’sresponsibility, the following factors are taken into consideration:1. Provide copies of the required AISA, Ministry of Commercebusiness licenses or municipality trading license to operate inAfghanistan.2. Evidence of a DUNS number, if applicable.3. The source, origin and nationality of the services are not from aProhibited Country (explained below).4. Ability to comply with required or proposed delivery orperformance schedules.5. Pursuant to USAID Mission Order 201.04 (4-14.001), SHAHAR isrequired to vet all non-US parties selected for the award of asubcontract/procurements equal to or in excess of the Afghaniequivalent to USD 25,000. Please be prepared to complete andsubmit the Attachment C PIF and provide all supportingdocumentation to the Procurement Unit if requested to do so.The vetting process may take up to 4 weeks to complete. Under the authorized geographic code for its contract DAI mayonly procure goods and services from the following countries. Geographic Code 937: Goods and services from the United States,the cooperating country, and "Developing Countries" other than"Advanced Developing Countries: excluding prohibited countries. Alist of the "Developing Countries" as well as "Advanced DevelopingCountries" can be found at:http://www.usaid.gov/policy/ads/300/310maa.pdf espectively. DAI must verify the source, nationality and origin, of goods andservices and ensure (to the fullest extent possible) that DAI doesnot procure any services from prohibited countries listed by theOffice of Foreign Assets Control (OFAC) as sanctioned countries.The current list of countries under comprehensive sanctionsinclude: Cuba, Iran, North Korea, Sudan, and Syria. DAI isprohibited from facilitating any transaction by a third party if thattransaction would be prohibited if performed by DAI. By submitting a quote in response to this RFQ, Bidders confirmthat they are not violating the Source and Nationalityrequirements and that the services comply with the GeographicCode and the exclusions for prohibited countries.3

14. Data Universal NumberingSystem (DUNS)15. Compliance with Terms andConditions16. Procurement EthicsAll U.S. and foreign organizations which receive first-tiersubcontracts/ purchase orders with a value of 25,000 and above arerequired to obtain a DUNS number prior to signing of the agreement.Organizations are exempt from this requirement if the gross incomereceived from all sources in the previous tax year was under 300,000. DAI requires that Bidders sign the self-certificationstatement if the Bidder claims exemption for this reason. For thoserequired to obtain a DUNS number, you may request Attachment E:Instructions for Obtaining a DUNS Number.For those not required to obtain a DUNS number, you may requestAttachment F: Self-Certification for Exemption from DUNSRequirementBidder shall be aware of the general terms and conditions for anaward resulting from this RFQ. The selected Bidder shall comply withall Representations and Certifications of Compliance listed inAttachment C.By submitting a Bidder, Bidders certify that they have not/will notattempt to bribe or make any payments to DAI employees in returnfor preference, nor have any payments with Terrorists, or groupssupporting Terrorists, been attempted. Any such practice constitutesan unethical, illegal, and corrupt practice and either the Bidders orthe DAI staff may report violations to the Toll-Free Ethics andCompliance Anonymous Hotline at 1 855-603-6987, via the DAIwebsite, or via email to FPI hotline@dai.com.4

Attachment A: Cover LetterWe, the undersigned, provide the attached quote in accordance. RFQ-KBL-SHAHAR-0425dated .I certify a validity period of ninety (90) days for the prices provided in the attached PriceSchedule/Bill of Quantities. Our quote shall be binding upon us subject to the modifications. Weconfirm the availability of required goods/services, and that unit prices are inclusive of finalservice delivery to SHAHAR. We further agree to payment terms upon submission andacceptance of an invoice.We understand that DAI is not bound to accept any quotes it receives.Authorized Signature:Name and Title of Signatory:Name of Firm:Address:Telephone:Email:Company Seal/Stamp:5

Scope of Work:Design, Print and Installation of Billboards1. PURPOSE STATEMENTThe purpose of this scope of work is to solicit technical quotations from Designing companies who arebased in Afghanistan, specializing in Billboard designing, describing their ability to designing billboard toshowcase the Mobile Application developed for Municipality’s, as well as rent billboards. The targetaudience/viewers of billboard is the general population in four cities (Jalalabad, Kandahar, Herat andMazar e Sharif), aiming to encourage them to use the mobile application, by understanding theapplication first. Using the billboard as a tool to ease access to information in visual manner and makingsure it’s promoted within local community.The billboard should clearly demonstrate and outline the mobile application, such as its sequenceguidelines and scope, primary theme, as well as learning style.2. CONCEPTThe Offeror is expected to develop a design, which will be presented in the application, showing all theelements that will be carried throughout. SHAHAR technical team will review the concept and providefeedback. SHAHAR will provide the Offeror with the primary key messages and themes.1. Billboard Design: Size 3*6The Vender should design the billboard and provide SHAHAR with few sample of designs in bothDari and Pashto languages. SHAHAR will review the designs and will select 1 design for furtherrevision by the vendor. The size of billboard should be 3*6 or maybe deferent in each city basedon the standard size of billboards and it will be decided once billboards are rented.2. Rent Billboards for one month:The vendor will also rent 40 billboards 10 in each city (10 in Jalalabad, 10 in Kandahar, 10 inHerat and 10 in Mazar e Sharif) for one month for installation of billboards.3. Print and Installation of Billboards:Once the Billboard design is finalized and approved by DAI/ SHAHAR, the vendor will print andinstall it in 40 locations (10 in each city)3. DELIVERYThe offeror should install the billboards by Third week of July 2020, and deliver billboard design in ahigh-resolution, digital (compressed for internet purposes) upon completion. The billboards will standfor one month. The timeline for billboards installation may change.There will be 40 billboards with both Dari and Pashto languages 10 for each city. The billboard designwill include ICONs of the My City App, text and USAID, DMM and Municipality Logos. The requiredcontents will be provided by DAI/ SHAHAR.6

Attachment C: Price ScheduleThe offeror shall prepare unit cost for each line item described in below price schedules, with sub totalsfor each line item and grand total for all line items.ItemNo1Item DescriptionDesign, Printing and installation of Billboards (Size3X6)UnitQuantityEach40Unit Cost (AFN)Total Cost (AFN)Grands Total In AFNDelivery () Calendar days after award.7

Attachment D: SUMMARY OF RELEVANT CAPABILITY, EXPERIENCE AND PAST PERFORMANCEInclude projects that best illustrate your experience relevant to this (RFQ) or similar activities, sorted bydecreasing order of completion date or provide prove or certificate similar activities experience withother USAID organizations.Projects should have been undertaken in the past three years (i.e. 2017, 2018 and 2019) Projectsundertaken in the past Five years may be taken into consideration at the discretion of the evaluationpanel.ClientLocationProject Title andName/Tel #Item #Province/Description of Activitiesand E-mailDistrictaddressCost in AFNStartDatesEndDatesCompletedonSubcontractor orSchedule Prime Contractor?(Yes/No)123458

Attachment E: Representations and Certifications of Compliance1.Federal Excluded Parties List - The Bidder Select is not presently debarred, suspended, or determinedineligible for an award of a contract by any Federal agency.2.Executive Compensation Certification- FAR 52.204-10 requires DAI, as prime contractor of U.S. federalgovernment contracts, to report compensation levels of the five most highly compensated subcontractorexecutives to the Federal Funding Accountability and Transparency Act Sub-Award Report System (FSRS)3.Executive Order on Terrorism Financing- The Contractor is reminded that U.S. Executive Orders (includingE.O 13224) and U.S. law prohibits transactions with, and the provision of resources and support to,individuals and organizations associated with terrorism. FAR 25.701 prohibits agencies and theircontractors from acquiring any supplies or services from individuals or organization, if any proclamation,Executive Order, Office of Foreign Assets Control (OFAC) regulations, or statute administered by OFACwould prohibit such a transaction. Accordingly, the Contracting Officer must check the US Department of theTreasury’s OFAC List to ensure that the names of the Contractor and proposed subcontractors (andindividuals from those organizations who have been made known to them), are not on the list. MandatoryFAR clause 52.225-13 Restrictions on Certain Foreign Purchases is included by reference in Section I.1 ofthis contract. By accepting this contract, the Contractor acknowledges and agrees that it is aware of the listas part of its compliance with the requirements of that clause. This clause must be included in allsubcontracts/sub-awards issued under this contract. It is the legal responsibility of the Contractor/Recipientto ensure compliance with these Executive Orders and laws. Recipients may not engage with, or provideresources or support to, individuals and organizations associated with terrorism. No support or resourcesmay be provided to individuals or entities that appear on the Specially Designated Nationals and Blockedpersons List maintained by the US Treasury (online at www.SAM.gov) or the United Nations SecurityDesignation List (online at: http://www.un.org/sc/committees/1267/aq sanctions list.shtml). This provisionmust be included in all subcontracts/sub awards issued under this Contract.Subcontracting Requirements (January 2012) – (a) Applicability: This section limits the number of tiers ofsub-contracts to one tiers below the Vendor. The Vendor must not allow lower-tier subcontracts without theexpress written approval of DAI. Should exceptional circumstances warrant subcontracting below one tier,the Vendor shall promptly request approval in writing from DAI. The Vendor shall include this clause in allsubcontracts, and shall require subcontractors to include this clause in all lower-tier subcontracts. TheVendor shall be responsible for compliance with this clause by all subcontracts and lower-tiersubcontractors.5. Combating Trafficking of Persons (Feb 2009) – The Contractor may not traffic in persons (as defined in theProtocol to Prevent, Suppress, and Punish Trafficking of persons, especially Women and Children,supplementing the UN Convention against Transnational Organized Crime), procure commercial sex, anduse forced labor during the period of this award.(a) Definitions. As used in this clause—“Coercion” means—(1) Threats of serious harm to or physical restraint against any person; (2) Any scheme,plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harmto or physical restraint against any person; or (3) The abuse or threatened abuse of the legal process.4.“Commercial sex act” means any sex act on account of which anything of value is given to or received by anyperson. “Debt bondage” means the status or condition of a debtor arising from a pledge by the debtor of his orher personal services or of those of a person under his or her control as a security for debt, if the value of thoseservices as reasonably assessed is not applied toward the liquidation of the debt or the length and nature ofthose services are not respectively limited and defined.“Employee” means an employee of the Contractor directly engaged in the performance of work under thecontract who has other than a minimal impact or involvement in contract performance.“Forced Labor” means knowingly providing or obtaining the labor or services of a person—(1) By threats ofserious harm to, or physical restraint against, that person or another person; (2) By means of any scheme, plan,or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that9

person or another person would suffer serious harm or physical restraint; or (3) By means of the abuse orthreatened abuse of law or the legal process.“Involuntary servitude” includes a condition of servitude induced by means of— (1) Any scheme, plan, or patternintended to cause a person to believe that, if the person did not enter into or continue in such conditions, thatperson or another person would suffer serious harm or physical restraint; or (2) The abuse or threatened abuseof the legal process.“Severe forms of trafficking in persons” means— (1) Sex trafficking in which a commercial sex act is induced byforce, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, throughthe use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debtbondage, or slavery.“Sex trafficking” means the recruitment, harboring, transportation, provision, or obtaining of a person for thepurpose of a commercial sex act.(b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons.Contractors and contractor employees shall not— (1) Engage in severe forms of trafficking in persons during theperiod of performance of the contract; (2) Procure commercial sex acts during the period of performance of thecontract; or (3) Use forced labor in the performance of the contract.(c) Contractor requirements. The Contractor shall—(1) Notify its employees of—(i) The United States Government’s zero tolerance policy described in paragraph (b) of this clause; and(ii) The actions that will be taken against employees for violations of this policy. Such actions may include, butare not limited to, removal from the contract, reduction in benefits, or termination of employment; and(2) Take appropriate action, up to and including termination, against employees or subcontractors that violate thepolicy in paragraph (b) of this clause.(d) Notification. The Contractor shall inform the Contracting Officer immediately of—(1) Any information it receives from any source (including host country law enforcement) that alleges aContractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy;and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuantto this clause.(e) Remedies. In addition to other remedies available to the Government, the Contractor’s failure to comply withthe requirements of paragraphs (c), (d), or (f) of this clause may result in—(1) Requiring the Contractor to remove a Contractor employee or employees from the performance of thecontract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Lossof award fee, consistent with the award fee plan, for the performance period in which the Governmentdetermined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance withthe termination clause of this contract; or (6) Suspension or debarment.(f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in allsubcontracts.(g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Personsawareness program at the time of the violation as a mitigating factor when determining remedies. Additionalinformation about Trafficking in Persons and examples of awareness programs can be found at the website forthe Department of State’s Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.10

6.7.Certification and Disclosure Regarding Payment to Influence Certain Federal Transactions – The Biddercertifies that it currently is and will remain in compliance with FAR 52.203-11, Certification and DisclosureRegarding Payment to Influence Certain Federal Transactions.Organizational Conflict of Interest – The Bidder certifies that will comply FAR Part 9.5, OrganizationalConflict of Interest. The Bidder certifies that is not aware of any information bearing on the existence of anypotential organizational conflict of interest. The Bidder further certifies that if the Bidder becomes aware ofinformation bearing on whether a potential conflict may exist, that Bidder shall immediately provide DAII witha disclosure statement describing this information.8.Business Size and Classification(s) – The Bidder certifies that is has accurately and completely identified itsbusiness size and classification(s) herein in accordance with the definitions and requirements set forth inFAR Part 19, Small Business Programs.9.Prohibition of Segregated Facilities - The Bidder certifies that it is compliant with FAR 52.222-21, Prohibitionof Segregated Facilities.10. Equal Opportunity – The Bidder certifies that it does not discriminate against any employee or applicant foremployment because of age, sex, religion, handicap, race, creed, color or national origin.11. Labor Laws – The Bidder certifies that it is in compliance with all labor laws.12. Federal Acquisition Regulation (FAR) – The Bidder certifies that it is familiar with the Federal AcquisitionRegulation (FAR) and is in not in violation of any certifications required in the applicable clauses of the FAR,including but not limited to certifications regarding lobbying, kickbacks, equal employment opportunity,affirmation action, and payments to influence Federal transactions.13. Employee Compliance – The Bidder warrants that it will require all employees, entities and individualsproviding services in connection with the performance of an DAI Purchase Order to comply with theprovisions of the resulting Purchase Order and with all Federal, State, and local laws and regulations inconnection with the work associated therein.14. National Security Screening (Non-US Party Vetting) - The Purchase Order was awarded after following theprocedures in the Implementing Partner Notice No. OAA-IP-2011-004 and subsequent Notices related tothis matter which incorporated Mission Order No. 201.04 entitled, “National Security Screening (Non-USParty Vetting). Copies of the Implementing Partner Notice(s) and the Mission Order can be obtained fromthe DAI's Representative named herein. For awards that meet the Vetting threshold, USAID had issued anEligibility Notice to DAI for the vendor prior awarding the Purchase Order. This Eligibility Notice is valid for12 months. If the Purchase Order's Performance Period exceeds 12 months, the Vendor shall provide anupdated information used in filing the Partner Information Form (PIF) to start a new vetting process toacquire a new Eligibility Notice for the Vendor. Also, during the course of the 12 months, if the informationprovided by the vendor has changed, the Vendor shall notify DAI at once to update the Eligibility Noticeissued for the Vendor.15. Certification Regarding Provision of Support to Persons Engaged in Terrorism –(a) By receiving this Purchase Order, the Vendor certifies, to the best of its knowledge and belief that:(1) The Vendor, to the best of its current knowledge, did not provide, within the previous ten years, and will takeall reasonable steps to ensure that it does not and will not knowingly provide, material support or resources toany individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorism acts,or has committed, attempted to commit, facilitated, or participated in terrorist acts, as that term is defined inparagraph 3.(2) The following steps may enable the Vendor to comply with its obligations under paragraph (1):a. Before providing any material support or resources to an individual or entity, the Vendor will verify that theindividual or entity does not (i) appear on the master list of Specially Designated nationals and Blocked Persons,which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available onlineat OFAC’s website: n.pdf, or (ii) is not included in anysupplementary information concerning prohibited individuals or entities that may be provided by USAID to DAI.b. Before providing any material support or resources to an individual or entity, the Vendor also will verify thatthe individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee11

established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to theTaliban, Osama bin Laden, or the Al Qaidia Organization]. To determine whether there has been a publisheddesignation of an individual or entity by the 1267 Committee, the Subcontractor should refer to the consolidatedlist available online at the Committee’s website: Eng.htm.c. Before providing any material support or resources to an individual or entity, the Vendor will consider allinformation about that individual or entity of which it is aware and all public information that is reasonablyavailable to it or of which it should be aware.d. The Vendor also will implement reasonable monitoring and oversight procedures to safeguard againstassistance being diverted to support terrorist activity.(3) For the purpose of this Certification.a. “Material support and resources” means currency or monetary instruments or financial securities, financialservices, lodging, training, expert advice or assistance, safe houses, false documentation or identification,communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, andother physical assets, except medicine or religious materials.b. “Terrorist act” means –(i) an act prohibited pursuant to one of the 12 United nations Conventions and Protocols related to terrorism(see UN terrorism conventions Internet site: http://untreaty.un.org/English /Terrorism.asp); or(ii) an act of premeditated, politically motivated violence perpetrated against noncombatant targets by subnational groups or clandestine agents; or(iii) any other person not taking an active part in hostilities in situations of armed conflict, when the purpose ofsuch act, by its nature or context, is to intimidate a population, or to compel a government or an internationalorganization to do or to abstain from doing any act.c.“Entity” means a partnership, association, corporation, or other organization, group or subgroups.d. Reference in this Certification to the provision of material support and resources shall not be deemed toinclude the furnishing of USAID funds or USAID-financed commodities to the unlimited beneficiaries of USAIDassistance, such as recipients of food, medical care, micro-enterprise loans, shelter, etc., unless the Vendor hasreason to believe that one or more of these beneficiaries commits, attempts to commit, advocates, facilitates, orparticipates in terrorist acts, or has committed, attempted to commit, facilitated or participated in terrorist acts.(b) By accepting or start performing this Purchase Order, the Vendor acknowledges that it has a continuingobligation and shall notify DAI within 72 hours in writing if it has intentionally or unintentionally taken any actionsthat have the result and effect of being inconsistent with the certification in subsection (a).(c) The certification in paragraph (a) of this clause and the requirement to update DAI as to a change in statusas set forth in paragraph (b) are representations upon which reliance was placed when making the award. If it islater determined that the Vendor knowingly rendered an erroneous certification, or did not notify DAI in writing ofa change in such certification, in addition to other remedies available to the U.S. Government and DAI, DAI mayterminate this sub award for default. DAI may also cease payments due to the Vendor even if goods andservices have been provided.16. Restrictions on Certain Foreign Purchases (June 2008) –(a) Except as authorized by the Office of Foreign Assets Control (OFAC) in the Department of the Treasury, theContractor shall not acquire, for use in the performance of this contract, any supplies or services if anyproclamation. Executive order, or statute administered by OFAC, or if OFACs implementing regulations at 31CFR Chapter V, would prohibit such a transaction by a person subject to the jurisdiction of the United States.(b) Except as authorized by OFAC, most transactions involving Cuba, Iran, and Sudan are prohibited, as aremost imports from Burma or North Korea, into the United States or its outlying areas. Lists of entities andindividuals subject to economic sanctions are included in OFAC's List of Specially Designated Nationals and12

Blocked Persons at http:// www.treas.gov/offices/enforcement/ofac/sdn. More information about theserestrictions, as well as updates, is available in the OFAC's regulations at 31 CFR Chapter V and/or on OFAC'swebsite at http:// www.treas.gov/offices/enforcement/ofac.(c) The Contractor shall insert this clause, including this paragraph (c), in all sub-contracts.(d) Before awarding any grant or similar instrument, the Contractor/Recipient shall obtain from the proposed subawardee the certification required under USAID's Acquisition and

Request for Quotation 1. RFQ No. RFQ-SHAHAR-KBL-0425 2. Issue Date July 07, 2020 3. Title Design, Print and Installation of Billboards for Promotion of “My City” Mobile Application 4. Issuing Office & Email/Physical Address for Submission of Quotes SHAHAR Procurement Procurem

Related Documents:

REQUEST FOR QUOTATION (RFQ) (Goods) DATE: May 7, 2015 REFERENCE: RFQ/UNDP/DEIC Equipment/06/2015 Dear Sir / Madam: We kindly request you to submit your quotation for Equipment for DEIC for the Government of Tripura, as detailed in Annex 1 of this RFQ. When preparing your quotation,

How to define document types for RFQ in SAP In the activity you define document types for RFQ (Request For Quotation) as the SAP system management RFQ as document. You can group RFQ into any number of document types in SAP. Note : - The definition of document type for RFQ is similar to configuration ofdocument types for purchase requisition.

Request for Quotation – RFQ 5379/12/09/2018 This is not a Purchase Order. Page 1 of 9 Request for Quotation (RFQ) for General Building Construction Services for the Cyber Security Hub in the CSIR Pretoria Campus, building 44 RFQ No. 5379/12/09/2018 Date of issue: Tuesday, 28 August 2018 Compulsory site briefing: Date: Monday, 03 September 2018

RFQ – Quotation Form The Quotation Form must be completed, signed and returned to GCF. Quotations must be made in accordance with the instructions contained in this request. The undersigned, having read the terms and conditions of Quotation No. GCF/RFQ/2016/002 set

1. Open Quotation Quotation notice published openly on GeBIZ inviting suppliers to quote Invitation to Quote (ITQ ) Request for Quotation (RFQ) Period Contracts Framework Agreements 2. Limited Quotation One or a few selected suppliers will be invited to quote Request for Quotation (RFQ) Exceeding S 90,000 Invitation to .

QUOTATION FORMAT A quotation shall contain no interlineations, erasures, or overwriting. If necessary to correct errors made by a Bidder, hand written corrections to the quotation may be made before the Deadline for Quotation Submission. In this case, such corrections shall be initialled by the person or persons who signed the quotation.

b) Price quotation, to be submitted strictly in accordance with Price Quotation Form. Both parts of the quotation must be signed by the company’s relevant authority and submitted in PDF format. IV. Instructions for submission Proposals should be prepared based on the guidelines set forth in Section III above, along with a properly

Subclause 1.1 to 1.3 excerpted from ANSI A300 (Part 1) – Pruning 1 ANSI A300 standards 1.1 Scope ANSI A300 standards present performance stan-dards for the care and management of trees, shrubs, and other woody plants. 1.2 Purpose ANSI A300 performance standards are intended for use by federal, state, municipal and private entities